Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

X -- Indian Health Service IHS Cyber Security and Regional Technology Conference

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy/OIT, 2201 Sixth Avenue, MS RX24, Room 937, Seattle, Washington, 98121, United States
 
ZIP Code
98121
 
Solicitation Number
11-236-SOL-00055
 
Archive Date
7/5/2011
 
Point of Contact
Shannon Sartin, Phone: 2066152477, Michelle Kouis, Phone: 2066152454
 
E-Mail Address
shannon.sartin@ihs.gov, michelle.kouis@ihs.gov
(shannon.sartin@ihs.gov, michelle.kouis@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Indian Health Service (IHS) intends to award on a competitive basis, using commercial contract procedures, an order to fulfill its requirement for conference space and guestrooms during the time period of Monday July 11, 2011 through Thursday July 14, 2011 in the Albuquerque area. Information concerning this solicitation or requests for clarification will be provided by email only. Please direct all inquiries to shannon.sartin@ihs.gov. All questions must be received by 4pm PST on June 15th, 2011. Inquiries received after this time and date may not be answered. Hotel Location, Quality and Accommodations The hotels considered must meet the following event specifications and criteria: • Preference will be given to Indian Owned Hotels • Hotel must be located within 15 miles of the Albuquerque airport • The hotel should offer deluxe guestroom and suite accommodations with modern fixtures and finishes contained within one building. • General areas (lobby, elevators, restrooms, etc.) should be modern, well maintained, spacious and well-lit. • An on-site restaurant is preferred • Airport shuttle service is preferred • The hotel must be able to accommodate both meeting and lodging needs in the same building. • Single occupancy rate shall be at or below the prevailing Federal Government per diem rate (currently at $81/night) • Prefer hotel with overflow hotels available within close proximity • Individual sleeping rooms should be equipped with telephone data ports • On-site free parking • Hotel must be compliant with Hotel/Motel Fire Safety Act of 1990, 15 US 2201 et. Seq (Public Law 101-391) and must hold a FEMA certification number (see FEMA -http://www.usfa.fema/gov/hotel). • Hotel must be complaint with the Americans with Disabilities Act (ADA), 42 USC Section 12101 et. Seq. Technical Requirements: • The location needs to have adequate outside facilities to handle 2 GSA ordered bundled T1 circuits and have them interfaced from the Local Exchange Carrier. These dedicated data circuits are to be utilized to provide secure access into the Indian Health Service network. • Hotel IT and A/V support staff shall be available during testing, setup and made available throughout the conference. The staff must be highly technical in order to assure that connectivity is available from the T1 demarcation point to all the customer-owned equipment located in all breakout rooms. • The T1s Point of presence within the facility must be readily available to allow Indian Health Service IT Staff can set up and configure IHS-owned equipment. • The requirements of this conference include remote televideo presentations and recorded Webex sessions. • A large conference room (600 seat capacity) must have the ability to interface customer owned analog conference phone and televideo audio in order to assure clarity of presentations and recording requirements. • Access to rooms on July 5, 7 & 8, 2011 in order to conduct testing of IT access to the IHS network. Hotel IT staff should be available. • Sunday July 10, 2011 access to rooms for set up may be needed depending on findings of IT access to IHS network testing to be performed July 5, 7 and 8, 2011. Space Requirements by Day (morning to early evening): All attendees noted below will be seated versus standing. Monday (8-5) • Two meeting rooms to hold up to 60 people each from 1-5 PM. • Access to set up 8am-12pm for the entire conference. Tuesday (7:30 - 5:30) • Large Conference Room for Keynote - 300 capacity (7:30am - 10am only) • Breakout room to hold 120 • Breakout room to hold 60-80 • Breakout room to hold 60-80 Wednesday (7:30 - 5:30) • Breakout room to hold 120 • Breakout room to hold 60-80 • Breakout room to hold 60-80 Thursday (7:30 - 5:30) • Breakout room to hold 120 • Breakout room to hold 60-80 Exhibitor Space (8-5 Monday - Thursday) • Booth space for at least 20 vendors and artisans - Monday setup, active Tuesday - Thursday Required Equipment: • Conference Room (Tuesday only) o Spotlight for podium o Podium and microphone o Wireless microphones o Audio Patch o 16x12 screen and projector (or comparable) • Breakout Room 120 o Wireless microphones o 8x8 screen and projector and cart for laptop display (or comparable) o Podium and Microphone o IP phone • Breakout Rooms 60-80 (2 rooms on Tues/Wed, 1 room on Thursday) o Screen sufficient for room size and Projector o Cart and power for laptop display o IP phone o Wireless microphone • Registration Area and Laptop Area o Table for registration (Monday 12pm-5pm and Tuesday 7:30am - 5pm) o Tables and sufficient space for visiting laptop and printer access (approximately 5 laptops and 1 printer)  This space is not required to be collocated with the Registration Area Mandatory Requirements: 1. In accordance with FAR parts 1,2,4,13,32 and 52 and effective October 1, 2003 Contractors must be registered in the Central Contractor Registration (CCR) database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement. No award will be made to any offeror not registered in CCR. 2. All offerors must be registered in and have completed certifications in the Online Representation and Certifications Application (ORCA). No award will be made to any offeror not registered in ORCA. Evaluation Factors The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and all other technical factors considered. Technical factors are more important than price in determining Best Value. The following factors shall be used to evaluate offers and are listed in descending order of importance. The following are set requirements of this solicitation. Please do not submit a proposal if you cannot meet the following requirements: Hotel must be located in the Albuquerque area, no more than fifteen miles from the airport. Hotel must be able to accommodate both meeting and lodging needs in the same building. Technical Evaluation Factors in descending order of importance are listed below: 1. Preference will be given to Indian Owned Hotels 2. The facility will be evaluated on its ability to foster a positive training environment conducive to learning. a. Clean, modern, well maintained furnishings, clear line of sight for all within the rooms to see speakers and all participants within said room, clear sound, ample, adjustable lighting, and the ability to support required T1 network set up - this includes the availability of a highly technical AV/IT support staff throughout the set up of conference and active conference days. 3. Conference rooms must be reserved for and accessible for IHS's sole use during the duration of the conference. 4. All conference and meeting spaces must be contiguous or located in very close proximity to each other. 5. On-site parking for participants Proposal Submission Requirements Proposals received shall include pricing per event/conference room, per day as well as a breakdown for the equipment costs. If the offeror believes that additional items are necessary or would offer value to the government, these items shall be separately identified and priced. All proposals must be received no later than 4pm PST on June 20, 2011. Proposals shall be submitted electronically to shannon.sartin@ihs.gov. Please cite the solicitation number in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22178b4385f1444f51babe8c5592a47a)
 
Place of Performance
Address: Albuquerque, New Mexico, United States
 
Record
SN02469366-W 20110612/110610234605-22178b4385f1444f51babe8c5592a47a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.